Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2019 FBO #6448
SOURCES SOUGHT

R -- Salt Lake Valley VA Courier Services

Notice Date
7/18/2019
 
Notice Type
Synopsis
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0438
 
Response Due
7/19/2019
 
Archive Date
9/17/2019
 
Point of Contact
ian.boettcher@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price requirement for Courier Services for the VA Salt Lake City Health Care System. Contractor shall furnish all necessary labor, supplies, equipment, transportation, and insurance to provide Courier Services each week day, and on-call for pick-up and delivery between the George E Wahlen Medical Center, Department of Veterans Affairs Healthcare System, Salt Lake City, UT (VASLCHCS) Laboratory and Pathology Service, Utah Public Health Laboratories, Utah Department of Health, The American Red Cross and the VA Western Salt Lake Primary Care Clinic located throughout the Utah Salt Lake valley in accordance with specification and requirements herein for the period beginning October 1, 2019. GENERAL The contractor agrees to provide regularly scheduled pickups of a variety of items, including but not limited to: packaged lab specimens, pharmaceutical products, medical equipment/supplies, mail, soiled/clean linen, general supplies, etc. between the Primary Care VA locations listed herein and the parent facility in Salt Lake City, UT. In addition to the scheduled weekday pickup/delivery, there may be on-call delivery requests. Occasionally a one-time delivery may be requested to a location other than a VA facility. Deliveries will fit easily into a small transport van or utility vehicle. Contractor shall receive items from the Salt Lake City VA and the associated clinic, sign a receipt therefore, and transport and deliver the same in like condition to the destination marked on each item as designated by the VA and clinics. VA reserves the right to use VA and Federal contract providers for transport as needed. Current list of locations: VA Salt Lake City Health Care System - Pathology and Laboratory Service (113) Building 14, 1st Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday (0800-2000) VA Salt Lake City Health Care System - Inpatient Pharmacy Building 14, Ground Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday VA Salt Lake City Health Care System Mailroom Cage Building 14, 1st Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday VA Western Salt Lake Primary Care Clinic (WSL CBOC) 2750 South 5600 West Suite B West Valley City, UT 84128 Clinic hours of operation (Monday Friday 0700-1630) Utah Public Health Laboratories 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Sunday Utah Department of Health Division of Epidemiology and Laboratory Services 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Sunday American Red Cross 6616 South 900 East Salt Lake City, Utah 84121 Monday through Sunday Other locations as requested by the COR (or designee) within a 25 mile of the VA Salt Lake City Health Care System radius. ITEMS TO BE TRANSPORTED Pickup and delivery of items including but not limited to: Specimen containers, either an Igloo style ice-chest Styrofoam container, or pressure tested outer shipping vessels conforming to IATA regulations. They will be marked DIAGNOSTIC SPECIMENS AND TAGGED FOR IDENTIFICATION. Office or medical supplies, pharmaceuticals and/or equipment weighing typically less than 35 pounds per box, not exceed 50 pounds Paper documents including medical records in a sealed confidential envelope secured in a locked mail bag Soiled laundry items Clean laundry items Biological specimens, i.e. body fluids (blood, urine and stool), will be properly packaged by Government or contracted laboratory personnel for transportation and will be placed in the container. All items must be transported in accordance with all local, state and federal regulations. Including any specified regulations for dangerous goods or bio-hazardous materials. All efforts shall be made to assure that all items are delivered without spoilage/damage from temperature conditions, rough handling and/or negligence. Some of the items are boxed in large plastic reusable containers that shall be returned to VA. Some boxes may be of odd dimensions, for example, those containing crutches, canes, florescent light bulbs, and paper supplies. No items shall weigh more than 50 lbs., unless specifically discussed and accepted by the Contractor in advance. All interested firms shall submit a response demonstrating their capabilities regarding the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a service disabled veteran owned small business, a veteran owned small business, or any other type of small business business. The NAICS code to be used for this acquisition is 492110 (Couriers & Express Delivery Services) is applicable to this acquisition, and the size standard is 1500 Employees. The Government reserves the right to consider all types of small business set-asides based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources-sought synopsis is voluntary. This sources-sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and verified within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 8-1-2019 at 3:30 pm MT POC for this notice is Ian Boettcher / ian.boettcher@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0438/listing.html)
 
Record
SN05374137-F 20190720/190718230028 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.